Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

A -- GLOBAL PRECIPITATION MEASUREMENT INTERTIAL REFERENCE UNIT

Notice Date
9/23/2008
 
Notice Type
Presolicitation
 
NAICS
927110 — Space Research and Technology
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
GPM_IRU_09_10_08
 
Archive Date
9/23/2009
 
Point of Contact
Jonathon D Wingerberg, Contracting Officer, Phone 301-286-5971, Fax 301-286-1720, - Ed P Davis, COTR, Phone 301-286-8362, Fax 301-286-8362, />
 
E-Mail Address
jonathon.d.wingerberg@nasa.gov, edward.p.davis@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC has a requirement for two (2) new Miniature Inertial Measurement Units(MIMUs).NASA/GSFC intends to issue a sole-source Request for Proposal (RFP) to HoneywellIncorporated, Space Systems Group. Honeywell shall deliver two (2) new Block III MIMUs,identical to the previously purchased, and currently held, Honeywell Block III MIMU,which was purchased under the Lunar Reconnaissance Orbiter (LRO) program. The GPMproject needs two units. The first delivered unit will accompany the currently heldMIMU as Flight Units, and the second unit will be the Lunar Reconnaissance Orbiterreplacement. The units to be delivered must have identical form, fit and function as theexisting MIMU in order to mirror the already proven performance as seen on the LROprogram, as well as meeting the Governments schedule.Honeywell shall provide spacecraft attitude rate measurements to the Attitude ControlSystem, for science grade, fine guidance and emergency Sun Acquisition mode support. TheGPM is required to possess redundant MIMUs and a MIMU Flight Spare unit which must haveidentical form, fit and function as the new MIMU flight units.Honeywell, as theoriginal vendor of the Lunar Reconnaissance Orbiter MIMU, is the only source that canbuild identical Flight Units. Honeywell is uniquely qualified for this contract becauseof their extensive expertise and experience with the prior LRO MIMU effort. Thiscombined with the adherence to the existing project schedule is paramount for us to meetour launch schedule as requested in the Presidents Vision for U.S. Space Exploration. To ensure we meet our schedule with acceptable technical and schedule risk, the MIMUprocurement must be awarded by early 2009. The estimated period of performance of thisfirm-fixed-price (FFP) effort is approximately 16 months. The Government does not intend to acquire a commercial item using FAR Part 12.AnOmbudsman has been appointed. See Notes 22, 26, and B.Statutory authority for this sole source procurement is 10 U.S.C. 2304(c)(1)--Only OneResponsible Source. However, organizations who believe they can provide these serviceswithout any detrimental impact to the program schedules supported by this work, shouldfully identify their interest and capabilities within 15 days after publication of thissynopsis.Interested organizations have 15 days from the publication of this synopsis to submit inwriting to the identified point of contact, their qualifications/capabilities. Specifically, a display of flight heritage on the currently held units vendors productline as well as being able to meet or exceed the performance specifications for theirunits must be shown, as seen in the attached Statement of Work. Suchqualifications/capabilities will be used solely for the purpose of determining whether ornot to conduct this procurement on a competitive basis. A determination by theGovernment to not compete this proposed effort on a full and open competitive basis,based upon responses to this notice is solely within the discretion of the Government. All qualified responsible sources may submit an offer, which shall be considered by theagency. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=27f630f4a62c98246225b836ce6d0765&tab=core&_cview=1)
 
Record
SN01679577-W 20080925/080923221640-80917ea40fc18bfaad811a8756074042 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.